Tender

Building Works and Maintenance

  • West Northamptonshire Council

F02: Contract notice

Notice identifier: 2022/S 000-009501

Procurement identifier (OCID): ocds-h6vhtk-032bb8

Published 8 April 2022, 1:51pm



Section one: Contracting authority

one.1) Name and addresses

West Northamptonshire Council

One Angel Square, Angel Street

Northampton

NN1 1ED

Email

farrell.symonds@westnorthants.gov.uk

Country

United Kingdom

NUTS code

UKF24 - West Northamptonshire

Internet address(es)

Main address

www.westnorthants.gov.uk

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://in-tendhost.co.uk/wnc/aspx/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/wnc/aspx/

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Building Works and Maintenance

Reference number

WNC00000085

two.1.2) Main CPV code

  • 45300000 - Building installation work

two.1.3) Type of contract

Works

two.1.4) Short description

Open Tender for Building Maintenance term contract

two.1.5) Estimated total value

Value excluding VAT: £2,800,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50700000 - Repair and maintenance services of building installations

two.2.3) Place of performance

NUTS codes
  • UKF24 - West Northamptonshire

two.2.4) Description of the procurement

The Council’s requirements are for Potential Suppliers to undertake the planned, preventative and reactive maintenance for general building works in accordance with statutory, regulatory, approved codes of practice, industry best practice or manufacturer’s guidance as set out in SFG20. Potential Suppliers will also be required to undertake capital works replacements which may include items for example; the replacement of single glazed windows to triple glazed aluminium powder coated systems and replacement roof finishes i.e. cement tiles to dry plastic systems. Potential Suppliers tender responses will take into account any changes in law, regulations, approved code of practice, or industry best practice. Please refer to each of the individual appendices for the fully defined specification.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The Council’s requirements are for Potential Suppliers to undertake the planned, preventative and reactive maintenance for general building works in accordance with statutory, regulatory, approved codes of practice, industry best practice or manufacturer’s guidance as set out in SFG20. Potential Suppliers will also be required to undertake capital works replacements which may include items for example; the replacement of single glazed windows to triple glazed aluminium powder coated systems and replacement roof finishes i.e. cement tiles to dry plastic systems. Potential Suppliers tender responses will take into account any changes in law, regulations, approved code of practice, or industry best practice. Please refer to each of the individual appendices for the fully defined specification.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

27 May 2022

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 25 August 2022

four.2.7) Conditions for opening of tenders

Date

27 May 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

The Royal Court of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom